Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 27, 2007 FBO #2069
SOLICITATION NOTICE

70 -- Real Asset Management Series4000 Product Suite, Service, Support and Hardware

Notice Date
7/25/2007
 
Notice Type
Solicitation Notice
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
USPFO for Utah, P.O. Box 2000, Draper, UT 84020-2000
 
ZIP Code
84020-2000
 
Solicitation Number
W67K2S-7183-0500
 
Response Due
8/6/2007
 
Archive Date
10/5/2007
 
Small Business Set-Aside
Total Small Business
 
Description
OFFICE ADDRESS: USPFO for Utah, P. O. Box 2000, 12953 South Minuteman Drive, Draper, UT 84020-2000 SUBJECT: Series4000 Product Suite SOLICITATION NUMBER: W67K2S-7183-0500 QUOTE DUE DATE: 6 August 2007 POC: Linda Duvall, Contracting Officer, (801)523-4091 DESCRIPTION: This a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quot es are hereby requested. A written solicitation will not be issued. This requirement will be 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) Code will be 423430, size standard is 100 Employees. REQUIREMENT: PRODUCT: [1] Three (3) Real Asset Management Series4000 Product Suite (3-User System) to include 2 Track4000 Licenses; SUPPORT: [2] One (1) Series4000 Annual Helpdesk Support and Upgrades; SERVICES: [3] On-Site Installation, Configuration an d Training to include Development for Hand Receipt Print-Out; HARDWARE: [4] Two (2) Symbol MC50 Scanners, MC50 Digital Assistant, QWERTY Keyboard, Color Screen, Windows or equivalent (must be compatible with Product-item 1); [5] Two (2) Cradles, Cables and Power Supplies; [6] One (1) Dymo LabelWriter 400 Turbo or equivalent (must be compatible with Product-item 1); [7] One (1) 5,000 Blank Barcode Labels. APPLICABLE PROVISIONS AND CLAUSES: (1) FAR 52.212-4, Contract Terms and Conditions--Commercial Items; (2) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes and Executive Orders--Commercial Items, the following clauses are applicab le and incorporated by reference: FAR 52.203-2, Restrictions on Subcontractor Sales to the Government; FAR 52.219-8, Utilization of Small Business Concern; FAR 52.219-14, Limitations on Subcontracting; FAR 52.222-21, Prohibition of Segregated Facilities; F AR 52.222-26, Equal Opportunity; FAR 52.225-3, Buy American Act; FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.222-35, Equal Opportunity for Special Disable Veterans; FAR 52.222-36, Affirmative Action for Worke rs with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.225-1 Buy American Act  Supplies; FAR 52.232-36 Payment by Third Party; (4) DFAR 252.204-7001, Commercia l and Government Entity (CAGE) Code Reporting; (5) DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; (6) FAR 52.212-1, Instructions to Offeror--Commer cial Items; (h) Multiple Awards - delete in its entirety, the government plans to award a single contract resulting from this solicitation; (7) FAR 52.212-3, Offeror Representations and Certifications--Commercial Items; (8) DFAR 252.212-7000, Offeror Repre sentations and Certifications-Commercial Items. EVALUATION FACTORS: The contract type for this procurement will be Firm-Fixed price and award will be made on the basis of best value to the Government, price and other factors considered. Selection will be based on the following evaluation factors in ord er of importance: (1) offerors capability to provide a quality product that meets the Government needs; (2) past performance, caliber of offerors performance on previous contracts of a similar nature; and (3) total cost and/or price. ADDITIONAL INFORMATION: In accordance with FAR 52.212-1(k), prospective awardee shall be registered and active in the CCR database prior to award. If the offeror does not become registered in the CCR database by the due date/time of quote, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. Offerors may obtain information on registration at www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. Quotes due NLT 10:00 a.m. MST on 6 August 2007 and must quote all or none. Quotes may be mailed to: USPFO for Utah, Attention Linda Duvall, 12953 South Minuteman Drive, P.O. Box 2000, Draper, UT 84020-2000 or e-mailed to: linda.duvall@us.army.mil; facsimiles will not be accepted. Quote must be arrive (via mail or e-mail) by the date and time specified and shall: (1) be clearly marked with the quotation number, offerors name and address, point of contact, phone number, fax number, and e-mail address (if available); (2) include speci fications/descriptive literature of items 4-7 being offered, if other than brands specified; and (3) provide, at least, three references (companies who youve provided similar items too). Failure to provide all information requested may result in quote bei ng considered non-responsive. Questions may be e-mailed to the address above; PLEASE NO TELEPHONE CALLS.
 
Place of Performance
Address: USPFO for Utah P.O. Box 2000, Draper UT
Zip Code: 84020-2000
Country: US
 
Record
SN01352146-W 20070727/070725221905 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.